SOLICITATION NOTICE
M -- OMB Circular A-76: DoD Public-Private Competition of Bulk Fuel Services performed by the Fleet and Industrial Supply Center located at Pearl Harbor, Hawaii
- Notice Date
- 9/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, FEC SW, Competitive Sourcing Acquisition Center of Excellence(ACOE), Attn: Code COE11 1220 Pacific Highway, Bldg 110, 1st FLR, San Diego, CA, 92132-5190, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N69450-07-R-0570
- Description
- This is Pre-Solicitation Notice for an OMB Circular A-76 (Revised, May 2003) Public-Private Competition, using the standard competition process, to provide storage, maintenance, delivery, recovery and testing of fuels for Bulk Fuel Services performed at Fleet Industrial Supply Center Pearl Harbor, Hawaii. The services involve terminal operations, facilities maintenance, quality surveillance, and mission support. The incumbent service providers affected by this public-private competition are approximately 38 of DoD government personnel positions (38 of DoD civilians and zero of military), and two of DoD contractors. All prospective providers are hereby advised that the reference number N62450-07-R-0556b under which this competition was originally announced in FEDBIZOPPS will no longer be used. The number associated with this solicitation henceforth is N69450-07-R-0570. Please note that all future communications, including issuance of the solicitation will be issued under N69450-07-R-0570. If the cost comparison results in contract performance, the contract performance period will include a transition period (approximately four (4) months), the first full period of performance (8 months), and four (4) twelve month option years. A performance-based firm fixed price type contract is anticipated. PARTICIPATION IS THIS ACQUISITION IS UNRESTRICTED. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) will be using Low Price Technically Acceptable Approach source selection process for this acquisition. The intent is to select a prospective provider (private or public) whose offer or tender conforms to the solicitation requirements and is based on the lowest price, technically acceptable (LPTA) offer as defined in FAR 15.101-2 and the OMB Circular, A76 (Revised May 2003). A contract will not be awarded unless the LPTA Offer is less than the Government?s proposal, considering 1) the minimum cost differential requirement and 2) no competitive advantage is gained by the contractor?s share contribution to its employer-sponsored health insurance plan or benefits. The minimum cost differential is the lesser of (1) ten percent of the personnel costs in the IHCE or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. Please refer to sections L & M of the RFP once issued for details regarding the evaluation criteria and submission requirements. All potential private prospective providers are reminded, in accordance with FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003) and DFARS 252.204-7004, ALTERNATE A (NOV 2003), lack of registration in the CCR database will make a private prospective provider ineligible for award. The North America industry classification system (NAICS) code for this acquisition is 493190. In accordance with FAR 5.102 availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download via the NAVFAC website at https://esol.navfac.navy.mil. The solicitation will be posted as N69450-07-R-0570. The official plan holders list will be maintained on and can be printed from the website. All prospective providers and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering prospective providers and plan rooms must provide a complete name; complete mailing address; area code and phone number; provider type (prime contractor, sub contractor, supplier or plan room); email address; and business size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the prospective provider?s responsibility to check the website for any posted changes. The RFP will be available on the NAVFAC website on or about 20 September 2007 with an approximate closing date of 21 December 2007. A pre-proposal conference will be held within 45 days of issuance of the RFP. Additional details regarding the Pre-proposal conference will be provided in the solicitation.
- Place of Performance
- Address: FISC, Pearl Harbor, Hawaii
- Zip Code: 96860
- Country: UNITED STATES
- Zip Code: 96860
- Record
- SN01394445-W 20070906/070904221746 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |